15
Blanket Purchase Agreement (BPA) (Reference FAR 13.303 BPAs) Page 1 of 9 USDA – Forest Service McKenzie Ranger District, Dakota Prairie Grasslands 1901 South Main Street Watford City, ND 58854 BPA: VENDOR: EFFECTIVE DATE: Date of Award ADDRESS: EXPIRATION DATE: 5/31/2020 VENDOR DUNS: VENDOR TELEPHONE: CONTACT: Dana Bangart, Contract Specialist, R1 Acquisition Management – ESAT 3710 Fallon Street, Suite C, Bozeman, MT 59718 406-624-3442, [email protected] Please provide pricing by close of business, February 26, 2018. Pricing can be mailed to the physical or e-mail address listed above. 1. DESCRIPTION OF AGREEMENT: This Blanket Purchase Agreement (BPA) covers all landscaping services. The following services will be provided: Landscaping Services under NAICS CODE: 561730 Statement of Work The contractor shall provide all management, tools, equipment, incidentals, and labor necessary to ensure that snow removal and sanding services are performed at the McKenzie Ranger District Office Site, 1905 Main Street South, Watford City, North Dakota, in a manner that will maintain a satisfactory condition and present a safe and professional appearance. Services are to be provided on the parking lots, roadways, and driveways surrounding the office building and associated housing to include the apartment building to the North and the Trailer houses to the West (See Attached Exhibits) total snow removal area is approximately 65,000 sqft and total sanding area is approximately 57,500 sqft. No snow removal or sanding on the sidewalks will be required to be performed under this agreement. Snow removal services are to be provided after snowfall accumulation and requested by the Authorized Ordering Official. Contractor is responsible for maintaining documentation for number of services provided and to provide that documentation along with each invoice submitted. Services are to be provided within 24hrs of notice by CO or identified ordering official. (see “Exhibit 4: Snow Removal Scheduling” for preferred scheduling and priority order). Sanding will be provided upon request by the Authorized Ordering Official. Sanding areas include parking lots, approach, and roadways (See Exhibit 5: Sanding Areas). Sanding operations will be charged based on each application for the entire area that will include expenses for materials and equipment. Sanding shall be provided with-in 24hrs of request. Snow storage is available on-site at specified locations (see “Exhibit 2: Snow Storage Locations”). Berm height shall have a Max height of 7ft above adjacent parking lot, roadway, or driveways (except in the excess snow areas identified in Exhibit 2: Snow Storage Locations). Contractor will be responsible for avoiding items to

Blanket Purchase Agreement (BPA) (Reference FAR 13.303 BPAs)

  • Upload
    others

  • View
    5

  • Download
    0

Embed Size (px)

Citation preview

Page 1: Blanket Purchase Agreement (BPA) (Reference FAR 13.303 BPAs)

Blanket Purchase Agreement (BPA)

(Reference FAR 13.303 BPAs)

Page 1 of 9

USDA – Forest Service McKenzie Ranger District, Dakota Prairie Grasslands

1901 South Main Street Watford City, ND 58854

BPA:

VENDOR: EFFECTIVE DATE: Date of Award ADDRESS: EXPIRATION DATE: 5/31/2020

VENDOR DUNS: VENDOR TELEPHONE:

CONTACT: Dana Bangart, Contract Specialist, R1 Acquisition Management – ESAT 3710 Fallon Street, Suite C, Bozeman, MT 59718 406-624-3442, [email protected]

Please provide pricing by close of business, February 26, 2018. Pricing can be mailed to the physical or e-mail address listed above.

1. DESCRIPTION OF AGREEMENT: This Blanket Purchase Agreement (BPA) covers all landscaping services.

The following services will be provided: Landscaping Services under NAICS CODE: 561730

Statement of Work The contractor shall provide all management, tools, equipment, incidentals, and labor necessary to ensure that snow removal and sanding services are performed at the McKenzie Ranger District Office Site, 1905 Main Street South, Watford City, North Dakota, in a manner that will maintain a satisfactory condition and present a safe and professional appearance. Services are to be provided on the parking lots, roadways, and driveways surrounding the office building and associated housing to include the apartment building to the North and the Trailer houses to the West (See Attached Exhibits) total snow removal area is approximately 65,000 sqft and total sanding area is approximately 57,500 sqft. No snow removal or sanding on the sidewalks will be required to be performed under this agreement.

Snow removal services are to be provided after snowfall accumulation and requested by the Authorized Ordering Official. Contractor is responsible for maintaining documentation for number of services provided and to provide that documentation along with each invoice submitted. Services are to be provided within 24hrs of notice by CO or identified ordering official. (see “Exhibit 4: Snow Removal Scheduling” for preferred scheduling and priority order).

Sanding will be provided upon request by the Authorized Ordering Official. Sanding areas include parking lots, approach, and roadways (See Exhibit 5: Sanding Areas). Sanding operations will be charged based on each application for the entire area that will include expenses for materials and equipment. Sanding shall be provided with-in 24hrs of request.

Snow storage is available on-site at specified locations (see “Exhibit 2: Snow Storage Locations”). Berm height shall have a Max height of 7ft above adjacent parking lot, roadway, or driveways (except in the excess snow areas identified in Exhibit 2: Snow Storage Locations). Contractor will be responsible for avoiding items to

Page 2: Blanket Purchase Agreement (BPA) (Reference FAR 13.303 BPAs)

Blanket Purchase Agreement (BPA)

(Reference FAR 13.303 BPAs)

Page 2 of 9

include but not limited to vehicles, meters, dumpsters, water vault, and fences. “Exhibit 3: Items to Avoid” has been generated for known items, but additional items may be required to avoid in order to prevent damage and/or ensure access. No berms are to remain adjacent to walkways or building access points to include doorways, garage doors, or stair steps. SAFETY The Contractor will be responsible for conducting appropriate safety measures. No one under the age of 18 is allowed on the worksite due to safety reasons. TECHNICAL SPECIFICATIONS Snow Removal Services for the McKenzie Ranger District shall be performed, per the following guidelines: from October 1st to May 31st. Snow removal and sanding services preferred hours are between 5:00 a.m. and 11:00 a.m. and services may occur Sunday through Saturday. 1. Snow Removal (Locations and Schedule can be found Exhibit 4: Snow Removal Scheduling).

a) Front Parking lots: The front parking lots and the approach from South Main Street into the parking lots are the first areas to be cleared of snow. This is to ensure safe access to the building for the public and government employees. Snow removal shall be considered complete when the parking lots have been cleared of snow. Snow can be stockpiled in areas identified on the snow storage map. Preference is for snow to be to the East and South of the parking lots.

b) Back Parking lots: The back parking lots are the second areas to be cleared. Forest Service vehicles

are typically parked on the West side of the parking lot behind (west) of the office building. Vehicles will be moved to the front parking lot in a reasonable time once snow is cleared from the front parking lots. Contractor will not be held responsible for moving snow surrounding or blocked by vehicles if the vehicles are not moved in a reasonable time. Snow removal shall be considered complete when the parking lots have been cleared of snow.

c) Roadway and Driveways: Snow clearing in the Roadways and Driveways for the trailer houses to the

west of the office building shall not be started earlier than 6AM in order to minimize noise to those in the trailers prior to 6AM. Roadways shall be cleared so that personal vehicles can be moved out of the way in a reasonable time. Contractor will not be held responsible for moving snow surrounding or blocked by vehicles not moved in a reasonable time provided the roadway was cleared to such an extent that it is reasonable for a vehicle to be safely moved. Snow removal shall be considered complete when the roadways and driveways are cleared of snow.

2. SANDING SERVICES Sanding services are to be provided by request and may include all or part of the parking lots, driveways, roadways, and approaches that are included in the snow removal area. Payment for Sanding services are to be calculated for each application of the site (see Exhibit 5: Sanding Areas) price will include the mobilization, materials, spreading, and demobilization costs. Upon request, the contractor shall have 24hrs, to complete the sanding unless pre-arranged with the authorized ordering official. Any and all sand will be provided by the contractor as no Forest Service sand is available for use. Individual sand particles should have no dimension greater than one centimeter. Sand shall be dispersed over cleared areas in quantities sufficient to provide adequate traction for vehicular and foot traffic. Inadequate sanding will be cause for requests to re-sand, and re-sanding will not be compensated as additional sanding, but will be considered completion of the original

Page 3: Blanket Purchase Agreement (BPA) (Reference FAR 13.303 BPAs)

Blanket Purchase Agreement (BPA)

(Reference FAR 13.303 BPAs)

Page 3 of 9

sanding task. 2. INDIVIDUALS AUTHORIZED TO PLACE ORDERS:

Nancy Veres OFFICE: 701-842-8507 CELL: 701-516-4571 Steve Volesky OFFICE: 701-227-7855 CELL: 701-290-5679

Curtis L. Grudniewski OFFICE: 701-842-8528 CELL: 701-495-1700

3. PROCEDURE FOR PLACING ORDERS: All orders will be made through the above Vendor by an Authorized Ordering Official. The Authorized Ordering Official will be one of the persons authorized to place orders noted in Item 2. The vendor will track purchases through the use of itemized sales receipts. Sales slip shall be provided showing the vendor name, date, vendor account number, legible signature of the Authorized Ordering Official and an itemized description showing unit prices, quantities and totals. NOTE: Failure to complete sales slip in accordance with these instructions may delay payment. 4. EXTENT OF OBLIGATION: This Agreement places no obligation on the Government to purchase a minimum amount of supplies or services. The Government will be obligated only to the extent of the orders actually placed against the BPA by the Authorized Ordering Official listed in Item 2. The Vendor shall be responsible for verifying that only Authorized Ordering Officials are placing orders. 5. SINGLE PURCHASING LIMITATION: No single order shall exceed $2,500.00. Orders may not be split into two or more separate orders to avoid exceeding the order limit of $2,500.00. 6. PRICING: Prices to the Government shall be equal to or lower than those charged to the Vendor’s most favored customer for comparable quantities/services under similar terms and conditions.

Item

Description

Unit

Unit Price

001 Snow Removal Services – Base Period – Award Date to

05/31/2018

Each $

Item

Description

Unit

Unit Price

002 Sanding Operating Material Application – Base Period – Award Date to

05/31/2018

Each $

Page 4: Blanket Purchase Agreement (BPA) (Reference FAR 13.303 BPAs)

Blanket Purchase Agreement (BPA)

(Reference FAR 13.303 BPAs)

Page 4 of 9

Item

Description

Unit

Unit Price

003 Snow Removal Services – Option Year 1 – 10/01/2018 to

05/31/2019

Each $

Item

Description

Unit

Unit Price

004 Sanding Operating Material Application –

Option Year 1 – 10/01/2018 to

05/31/2019

Each $

Item

Description

Unit

Unit Price

005 Snow Removal Services – Option Year 2 – 10/01/2019 to

05/31/2020

Each $

Item

Description

Unit

Unit Price

006 Sanding Operating Material Application –

Option Year 2 – 10/01/2019 to

05/31/2020

Each $

7. BILLING PROCEDURES: A summary invoice shall be submitted reflecting each service to the Ordering Official. The Authorized Ordering Official shall review for correctness, sign, date, and forward to the Contracting Officer for payment. 8. PAYMENT TERMS: All payments will be made in accordance with the Prompt Payment Act (PPA). The PPA is based on Net 30 Days after receipt of valid summary statement by the Forest Service. Upon approval of proper invoice, payment shall be made by credit card. 9. INVOICES:

Name of supplier, BPA Number, Date of Services Provided, Itemized list and prices of supplies and/or services furnished.

10. INSURANCE COVERAGE: A certificate of insurance coverage will need to be included with this agreement. NOTE: 452.228-71(d) is not applicable to this agreement.

Page 5: Blanket Purchase Agreement (BPA) (Reference FAR 13.303 BPAs)

Blanket Purchase Agreement (BPA)

(Reference FAR 13.303 BPAs)

Page 5 of 9

452.228-71 Insurance Coverage. (NOV 1996) Pursuant to FAR clause 52.228-5, Insurance-Work on a Government Installation, the Contractor will be required to present evidence to show, as a minimum, the amounts of insurance coverage indicated below: (a) Workers Compensation and Employer's Liability. The Contractor is required to comply with applicable Federal and State workers' compensation and occupational disease statutes. If occupational diseases are not compensable under those statutes, they shall be covered under the employer's liability section of the insurance policy, except when contract operations are so commingled with a Contractor's commercial operations that it would not be practical to require this coverage. Employer's liability coverage of at least $100,000 shall be required, except in States with exclusive or monopolistic funds that do not permit worker's compensation to be written by private carriers. (b) General Liability. The Contractor shall have bodily injury liability insurance coverage written on a comprehensive form of policy of at least $500,000 per occurrence. (c) Automobile Liability. The Contractor shall have automobile liability insurance written on a comprehensive form of policy. The policy shall provide for bodily injury and property damage liability covering the operation of all automobiles used in connection with performing the contract. Policies covering automobiles operated in the United States shall provide coverage of at least $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage or loss. (d) Aircraft Public and Passenger Liability. When aircraft are used in connection with performing the contract, the Contractor shall have aircraft public and passenger liability insurance. Coverage shall be at least $200,000 per person and $500,000 per occurrence for bodily injury, other than passenger injury. Coverage for passenger injury shall be at least $200,000 multiplied by the number of seats or passengers, whichever is greater. (End of Clause) Alternate I (NOV 1996). As prescribed in 428.310, substitute the following paragraph (b), when additionally the contractor must have property damage liability coverage: (b) General Liability. (1) The Contractor shall have bodily injury liability coverage written on a comprehensive form of policy of at least $500,000 per occurrence. (2) The Contractor shall have property damage liability insurance shall be required in the amount of $100,000 per occurrence. (End of Clause) 11. GENERAL: The attached Terms and Conditions are hereby made a part of this agreement. No conditions of sale other than as specified herein, or as may be mutually agreed to for a specific order, shall be applicable to purchases made under this agreement. The Terms and Conditions referenced at Federal Acquisition Regulation (FAR) 52.212-4 (found at www.acquisition.gov/far) are hereby made part of this Agreement. 12. Questions regarding this BPA can be addressed by:

Dana Bangart, Contract Specialist East Side Acquisition Team 3710 Fallon Street, Suite C Bozeman, MT 59718 Phone: (406) 624-3442

Page 6: Blanket Purchase Agreement (BPA) (Reference FAR 13.303 BPAs)

Blanket Purchase Agreement (BPA)

(Reference FAR 13.303 BPAs)

Page 6 of 9

Commercial Item Clauses 52.212-4 - Contract Terms and Conditions-Commercial Items (Jan 2017) 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Nov 2017) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (2) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) (3) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (4) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77, 108-78 (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items:

[Contracting Officer check as appropriate.] ___ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). ___ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509). ___ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (Jun 2010) (Section 1553 of Pub L. 111-5) (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009). ___ (4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note). ___ (5) [Reserved] ___ (6) 52.204-14, Service Contract Reporting Requirements (Oct 2016) (Pub. L. 111-117, section 743 of Div. C). ___ (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Oct 2016) (Pub. L. 111-117, section 743 of Div. C). _x__ (8) 52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) (31 U.S.C. 6101 note). ___ (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41 U.S.C. 2313). ___ (10) [Reserved] ___ (11) (i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Nov 2011) (15 U.S.C. 657a). ___ (ii) Alternate I (Nov 2011) of 52.219-3. ___ (12) (i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Oct 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer)(15 U.S.C. 657a). ___ (ii) Alternate I (Jan 2011) of 52.219-4. ___ (13) [Reserved] _x__ (14) (i) 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644). ___ (ii) Alternate I (Nov 2011). ___ (iii) Alternate II (Nov 2011). ___ (15) (i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). ___ (ii) Alternate I (Oct 1995) of 52.219-7. ___ (iii) Alternate II (Mar 2004) of 52.219-7. ___ (16) 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d)(2) and (3)). ___ (17) (i) 52.219-9, Small Business Subcontracting Plan (Jan 2017) (15 U.S.C. 637 (d)(4)). ___ (ii) Alternate I (Nov 2016) of 52.219-9. ___ (iii) Alternate II (Nov 2016) of 52.219-9. ___ (iv) Alternate III (Nov 2016) of 52.219-9. ___ (v) Alternate IV (Nov 2016) of 52.219-9. ___ (18) 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r)).

Page 7: Blanket Purchase Agreement (BPA) (Reference FAR 13.303 BPAs)

Blanket Purchase Agreement (BPA)

(Reference FAR 13.303 BPAs)

Page 7 of 9

___ (19) 52.219-14, Limitations on Subcontracting (Jan 2017) (15 U.S.C. 637(a)(14)). ___ (20) 52.219-16, Liquidated Damages—Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). ___ (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2011) (15 U.S.C. 657f). _x__ (22) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)). ___ (23) 52.219-29, Notice of Set-Aside for, or Sole Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns (Dec 2015) (15 U.S.C. 637(m)). ___ (24) 52.219-30, Notice of Set-Aside for, or Sole Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (Dec 2015) (15 U.S.C. 637(m)). _x__ (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). _x__ (26) 52.222-19, Child Labor—Cooperation with Authorities and Remedies (Oct 2016) (E.O. 13126). _x__ (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). _x__ (28) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246). ___ (29) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). ___ (30) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). ___ (31) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212). ___ (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). _x__ (33) (i) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). ___ (ii) Alternate I (Mar 2015) of 52.222-50, (22 U.S.C. chapter 78 and E.O. 13627). ___ (34) 52.222-54, Employment Eligibility Verification (Oct 2015). (E. O. 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) ___ (35) (i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) ___ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) ___ (36) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (Jun 2016) (E.O.13693). ___ (37) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (Jun 2016) (E.O. 13693). ___ (38) (i) 52.223-13, Acquisition of EPEAT® -Registered Imaging Equipment (Jun 2014) (E.O.s 13423 and 13514 ___ (ii) Alternate I (Oct 2015) of 52.223-13. ___ (39) (i) 52.223-14, Acquisition of EPEAT® -Registered Television (Jun 2014) (E.O.s 13423 and 13514). ___ (ii) Alternate I (Jun 2014) of 52.223-14. ___ (40) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). ___ (41) (i) 52.223-16, Acquisition of EPEAT® -Registered Personal Computer Products (Oct 2015) (E.O.s 13423 and 13514). ___ (ii) Alternate I (Jun 2014) of 52.223-16. _x__ (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). ___ (43) 52.223-20, Aerosols (Jun 2016) (E.O. 13693). ___ (44) 52.223-21, Foams (Jun 2016) (E.O. 13696). ___ (45) (i) 52.224-3, Privacy Training (Jan 2017) (5 U.S.C. 552a). ___ (ii) Alternate I (Jan 2017) of 52.224-3. _x__ (46) 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83). ___ (47) (i) 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (May 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43). ___ (ii) Alternate I (May 2014) of 52.225-3. ___ (iii) Alternate II (May 2014) of 52.225-3. ___ (iv) Alternate III (May 2014) of 52.225-3. ___ (48) 52.225-5, Trade Agreements (Oct 2016) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). _x__ (49) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). ___ (50) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note).

Page 8: Blanket Purchase Agreement (BPA) (Reference FAR 13.303 BPAs)

Blanket Purchase Agreement (BPA)

(Reference FAR 13.303 BPAs)

Page 8 of 9

___ (51) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). ___ (52) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). ___ (53) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 4505), 10 U.S.C. 2307(f)). ___ (54) 52.232-30, Installment Payments for Commercial Items (Jan 2017) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). ___ (55) 52.232-33, Payment by Electronic Funds Transfer— System for Award Management (Jul 2013) (31 U.S.C. 3332). ___ (56) 52.232-34, Payment by Electronic Funds Transfer—Other Than System for Award Management (Jul 2013) (31 U.S.C. 3332). _x__ (57) 52.232-36, Payment by Third Party (May 2014) (31 U.S.C. 3332). ___ (58) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). ___ (59) 52.242-5, Payments to Small Business Subcontractors (Jan 2017) (15 U.S.C. 637(d)(12)). ___ (60) (i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). ___ (ii) Alternate I (Apr 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items:

[Contracting Officer check as appropriate.] ___ (1) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495) ___ (2) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67.). ___ (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). ___ (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (Multiple Year and Option Contracts) (May 2014) (29 U.S.C.206 and 41 U.S.C. chapter 67). ___ (5) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). ___ (6) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67). ___ (7) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67). ___ (8) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658). ___ (9) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). ___ (10) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). ___ (11) 52.237-11, Accepting and Dispensing of $1 Coin (Sep 2008) (31 U.S.C. 5112(p)(1)). (d) Comptroller General Examination of Record The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor’s directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause— (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509).

Page 9: Blanket Purchase Agreement (BPA) (Reference FAR 13.303 BPAs)

Blanket Purchase Agreement (BPA)

(Reference FAR 13.303 BPAs)

Page 9 of 9

(ii) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (iii) 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $700,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iv) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17. (v) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (vi) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246). (vii) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). (viii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (ix) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212). (x) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (xi) 52.222-41, Service Contract Labor Standards (May 2014), (41 U.S.C. chapter 67). (xii) (A) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). (B) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 E.O. 13627). (xiii) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67.) (xiv) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67) (xv) 52.222-54, Employment Eligibility Verification (Oct 2015) (E. O. 12989). (xvi) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015). (xvii) 52.222-62, Paid sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). (xviii) (A) 52.224-3, Privacy Training (Jan 2017) (5 U.S.C. 552a). (B) Alternate I (Jan 2017) of 52.224-3. (xix) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xx) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xxi) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the Contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) 12.301(d) Other required provisions and clauses ____ 52.204-06 – Commercial and Government Entity Code Reporting (Oct 2016) ____ 52.204-18 – Commercial and Government Entity Code Maintenance (Jul 2016) ____ 52.204-21 – Basic Safeguarding of Covered Contractor Information Systems (Jun 2016) ____ 52.207-6 – Solicitation of Offers from Small Business Concerns and Small Business Teaming Arrangement or Joint Ventures (Multiple-Award Contract) (Oct 2016) ____ 52.209-7 – Information Regarding Responsibility Matters (Jul 2013) ____ 52.209-12 – Certification Regarding Tax Matters (Feb 2016) ____ 52.222-56 – Certification Regarding Trafficking in Persons Compliance Plan (Mar 2015) ____ 52.225-19 – Contractor Personnel in a Designated Operational Area or Supporting a Diplomatic or Consular Mission outside the United States (Mar 2008) _x___ 52.232-40 – Providing Accelerated Payments to Small Business Subcontractors (Dec 2013)

Page 10: Blanket Purchase Agreement (BPA) (Reference FAR 13.303 BPAs)

PROJECT

LOCATION

Snow Removal and Sanding Service

DPG McKenzie Ranger District Office �

� USDA - FOREST SERVICE - REGION ONE

DAKOTA PRAIRIE GRASSLANDS

MCKENZIE RANGER DISTRICT

WATFORD CITY, NORTH DAKOTA

No.

1

Index of Sheets

Sheet Description

Title Sheet

2 Exhibit 1: McKenzie District Ranger Office

Exhibit 2: Snow Storage Locations 3

Exhibit 3: Items to Avoid 4

Exhibit 4: Snow Removal Scheduling 5

Exhibit 5: Sanding Areas 6

Page 11: Blanket Purchase Agreement (BPA) (Reference FAR 13.303 BPAs)

Legend

Boundary

Areas to be plowed are the front and back parking lots, Approach, roadways and driveways (Driveways as able).

Fron

t Parking Lo

ts and

Ap

pro

ach

Back Parkin

g Lot

Roadway and Driveways Ro

adw

ay and

Drivew

ays

Back Parkin

g Lo

t

Exhibit 1: McKenzie District Ranger Office Site N

N

Page 12: Blanket Purchase Agreement (BPA) (Reference FAR 13.303 BPAs)

Excess Snow Storage

Excess Snow StorageExcess Snow Storage

Excess Snow Storage

Legend

Snow Storage AreasBoundary

Areas to be plowed are the front and back parking lots, Approach, roadways and driveways (Driveways as able).

Fron

t Parking Lo

ts and

Ap

pro

ach

Back Parkin

g Lot

Roadway and Driveways Ro

adw

ay and

Drivew

ays

Back Parkin

g Lo

t

Excess Snow Storage

Exhibit 2: Snow Storage Locations

NExcess Snow Storage

Page 13: Blanket Purchase Agreement (BPA) (Reference FAR 13.303 BPAs)

Legend

Items to AvoidBoundary

Highlighted items are to be avoided while removing or stockpiling snow. List may not be all inclusive and additional items may require care to avoid damage or ensure access. In addition, locations are approximate and objects will need to be validated on the ground.

Fron

t Parking Lo

ts and

Ap

pro

ach

Back Parkin

g Lot

Roadway and Driveways

Back Parkin

g Lo

t

Exhibit 3: Items To Avoid

Water Vault

Mail Box

Water Valve

Locator Sign

Water Valve

Electrical Box

Drainage

Electrical Box

Marker Post

Fire Hydrant

Water Valve

Water Valve

Electrical Box Electrical

Box

Water Valve

Water Valve

Water Valve

Water Valve

N

Du

mp

ster

Page 14: Blanket Purchase Agreement (BPA) (Reference FAR 13.303 BPAs)

Legend

Snow Storage AreasBoundarySchedule Areas

Areas to be plowed are the front and back parking lots, approach, roadways and driveways.

Betw

een 5

AM

and

7:3

0A

M

Betw

een 5

AM

an

d 1

1A

M

Between 6AM and 11AMBetw

een 6

AM

and

11

AM

Betw

een 5

AM

an

d 1

1 A

M

Exhibit 4: Snow Removal Scheduling

N

Page 15: Blanket Purchase Agreement (BPA) (Reference FAR 13.303 BPAs)

Excess Snow StorageExcess Snow Storage

Legend

Snow Storage AreasBoundarySanding Areas

Areas to be sanded are the front and back parking lots, approach, and roadways.

Excess Snow Storage

Exhibit 5: Sanding Areas

N

Fron

t Parking Lo

ts and

Ap

pro

ach

Back Parkin

g Lo

t

Back Parkin

g Lot

Roadway

Ro

adw

ay